Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOURCES SOUGHT

J -- USN T-45 aircraft maintenance and logistic support

Notice Date
9/15/2011
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-12-R-0001
 
Point of Contact
Jessica L McGee, Phone: 301-757-1953
 
E-Mail Address
jessica.mcgee@navy.mil
(jessica.mcgee@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT INTRODUCTION: The Department of the Navy Program Executive Office-Tactical Aircraft programs, (PEO(T)) Naval Undergraduate Flight Training Systems Program Office (PMA-273), and Chief of the Naval Air Training Command (CNATRA) require Contractor services and supplies for the maintenance and logistics support of the United States Navy (USN) T-45 Training System (T-45TS). This is a SOURCES SOUGHT requesting both LARGE and SMALL businesses provide interest and capabilities statements for United States Navy (USN) T-45 aircraft maintenance and logistic support. Responses from LARGE and SMALL businesses are considered at this time. The Government intends to host an Industry Day event, which is projected to be held in January 2012. A DRAFT Performance Work Statement is intended to be posted to the Federal Business Opportunities (FBO) website prior to the Industry Day event. NO DRAFT SOLICITATION DOCUMENTS ARE AVAILABLE FOR RELEASE AT THIS TIME. The solicitation is projected to be released in June 2012 with proposals due sixty (60) calendar days after solicitation release. No inquiries with regards to the status of the Solicitation will be directly responded to. Status updates will only be announced and posted by the Government via the FBO website under Solicitation number N00019-12-R-0001. PLACE OF PERFORMANCE: Location of performance will primarily include Naval Air Station, Meridian, Mississippi (NASM), Naval Air Station, Kingsville, Texas (NASK), and Naval Air Station, Pensacola, Florida (NASP) for training aircraft maintenance and support, and Naval Air Station, Patuxent River, Maryland (NASPR) for test and evaluation aircraft maintenance and support. Performance will also include shore and sea-based detachments to various locations, including aircraft carriers. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND: This support is currently being performed under contract N00019-08-D-0014 awarded by the Department of the Navy Naval Air Systems Command (NAVAIR). The Indefinite Delivery requirements contract contains a hybrid of Firm-Fixed Price, Time & Materials, and Cost Reimbursable line items. L-3 Communications Integrated Systems Vertex Aerospace is the incumbent company. The NAWCAD/NAVAIR FOIA office number is 301-342-9563. To submit a FOIA request, please fax your request to 301-342-1840, or submit by mail to: OFFICE OF COUNSEL NAWCAD, ATTN FOIA OFFICER BLDG 435, 47076 LILJENCRANTZ ROAD, PATUXENT RIVER MD 20670. REQUIRED CAPABILITIES: The intended follow-on contract will potentially be an Indefinite Delivery Requirements contract including a hybrid of Firm Fixed Price (FFP), Time & Materials, and Cost Reimbursable line items with a performance incentive measured by Safety, Quality, Performance, and Sustainment (to include Supply Management) metrics. The period of performance (or ordering period) is intended to include at least one (1) base year, commencing on 01 October 2013, with four (4) one-year options. The estimated contract value is approximately $500M. Currently, there are approximately 204 T-45 aircraft (108 at NASK, 84 at NASM, 8 at NASP, and 4 at NASPR). These allocations will change as the Navy implements increased T-45 based NFO training at NASP. CNATRA flies approximately 75,000 flight hours per year with the T-45. The support concept for this effort is Aircraft Maintenance and Contractor Logistics Support (CLS) at the Organizational (O), Intermediate (I), and Depot (D) levels. The Contractor performing under this effort will provide maintenance and supply support, logistics and technical support for the T-45 aircraft and associated support equipment. Repair or overhaul of aircraft, avionics and related components will be performed per NAVAIRINST 3710.1 and CNAFINST 4790.2. The Contractor performing under this effort will provide O-Level engine maintenance on engine discrepancies that can be repaired while the engine is installed in the aircraft per approved technical manuals. The Government will provide Ready For Issue (RFI) Engines under a separate engine support contract. Other support functions required include data collection, reporting, and management; government furnished property management; quality control; engineering investigations; and associated administrative and management efforts. ELIGIBILITY: The applicable North American Industry Classification System (NAICS) code for this requirement is 488190, Aircraft maintenance and repair services (except factory conversion, factory overhaul, factory rebuilding). The Federal Product and Service Code (PSC) is J015 (Maintenance, repair, and rebuilding of Equipment - Aircraft and Airframe Structural Components). SUBMISSION DETAILS: Interested LARGE and SMALL businesses are hereby requested to submit statements of interest and capabilities and questions/feedback via e-mail to Ms. Jessica McGee, Contract Specialist, at jessica.mcgee@navy.mil. The questions/feedback will be considered by the Government during development of the requirement documents. The Government does not intend to post answers/responses via FBO at this time. All correspondence shall include Solicitation number N00019-12-R-0001 on the e-mail Subject line, as well as on all enclosed documents. The e-mailed statements shall be received by Ms. Jessica McGee no later than 12:00 PM EST on 11 October 2011. Information and materials submitted in response to this request WILL NOT be returned by the Government. Classified information or material SHALL NOT be submitted. Interested businesses shall prepare the interest and capability statement packages using Microsoft Word (no more than ten (10) pages, size 8.5 x 11 inches, with font no smaller than 10 point). All documents shall include Company Name, Company Address, Technical, Program, and Contracts Points of Contacts (POC) including name, phone number, fax number, and e-mail addresses. The interest and capabilities statements shall address the following: • Specific relevant technical and management experience performed in the past five (5) years with applicable contract numbers. • Company business size and status (i.e. 8(a), SDVOSB, etc.). NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for award and payment from any DOD activity. Information on registration and annual confirmation requirements for CCR may be obtained accessing the CCR website at www.bpn.gov/CCR. Also, awardees will be required to register for access to Wide Area Workflow (WAWF) for invoicing and payment IAW DFARS 252.232-7003. Information on self-registration for WAWF can be obtained at https://wawf.eb.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-12-R-0001/listing.html)
 
Place of Performance
Address: Location of performance will primarily include Naval Air Station, Meridian, Mississippi (NASM), Naval Air Station, Kingsville, Texas (NASK), and Naval Air Station, Pensacola, Florida (NASP) for training aircraft maintenance and support, and Naval Air Station, Patuxent River, Maryland (NASPR) for test and evaluation aircraft maintenance and support. Performance will also include shore and sea-based detachments to various locations, including aircraft carriers., United States
 
Record
SN02578402-W 20110917/110916000023-75b0e0fa3610a5528ce11775b6bde0fa (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.